Published date: 2 May 2018
Awarded contract - This means that the contract has been awarded to a supplier.
Contract summary
Industry
Architectural and related services - 71200000
Engineering services - 71300000
Construction-related services - 71500000
Consulting services for water-supply and waste consultancy - 71800000
Sewage, refuse, cleaning and environmental services - 90000000
Location of contract
Any region
Value of contract
£0 to £6,000,000
Procurement reference
CA18/2524/AWARD
Published date
2 May 2018
Closing date
18 May 2017
Contract start date
4 January 2018
Contract end date
3 January 2022
Contract type
Service contract
Procedure type
Restricted procedure (above threshold)
A two-stage procedure, where the first stage is used to select suppliers, who are then invited to bid in the second stage.
This procedure can be used for procurements above the relevant contract value threshold.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
No
Description
The objective and deliverables of the Contract will be to provide the Authority with:
Professional services on an as and when required basis, predominantly in relation to resolving the impacts of past mining activities and other areas of responsibility of the Coal Authority. With regards to public safety & subsidence work this may include; investigation into the causes of failure, condition assessment, damage quantification and solution design for damage to roads, bridges, buildings, drainage & land. For Environmental remediation work this may include investigating minewater discharges, developing remediation options, designs and specifications, investigating and advising on managing site constraints such as ecological & archaeological designations, specifying & developing minewater treatment technologies, advising on operational issues such as waste management, undertaking hydrogeological studies and carrying out cost benefit analysis for proposed & existing schemes. The areas of expertise may include civil, structural, geotechnical, mining, environmental, health and safety, contract procurement, drainage and other specialist service areas such as hydrology, hydrogeology, geochemistry & economic assessment.
The Contract is split into Lots as follows:
Lot 1 - Civil and Structural Engineering
Lot 2 - Hydrogeology
Lot 3 - Archaeological Services
Lot 4 - Ecology & Environmental
Lot 5 - Planning Services
Lot 6 - Mine Water Treatment Schemes: Scoping, Feasibility & Design
Lot 7 - Land Drainage: Agricultural and Specialist
Lot 8 - Safety, Health and Environment
Lot 9 - Cost Benefit Analysis
Lot 10 - Treatability
Lot 11 - Waste Characterisation and Waste Services
Lot 12 - Supervisory Services
Lot 13 - Surveying: Topographical & Surface Hazards
Lot 14 - Surveying: Tilt Analysis
For a full description of the required Services, please see the attached 'Services Specification' document.
To access the documents for this opportunity, please read the attached 'eTender Registration Information' Document.
More information
Previous notice about this procurement
- Opportunity
- Published 13 April 2017
Attachments
-
- 2. CA18-2524 - EOI Services Specification.pdf
- Technical specifications
- Services Specification
-
- CA18-2524 - eTender Registration Information.pdf
- Bidding documents
- eTender Registration Information
Additional text
-
The objective and deliverables of the Contract will be to provide the Authority with:
Professional services on an as and when required basis, predominantly in relation to resolving the impacts of past mining activities and other areas of responsibility of the Coal Authority. With regards to public safety & subsidence work this may include; investigation into the causes of failure, condition assessment, damage quantification and solution design for damage to roads, bridges, buildings, drainage & land. For Environmental remediation work this may include investigating minewater discharges, developing remediation options, designs and specifications, investigating and advising on managing site constraints such as ecological & archaeological designations, specifying & developing minewater treatment technologies, advising on operational issues such as waste management, undertaking hydrogeological studies and carrying out cost benefit analysis for proposed & existing schemes. The areas of expertise may include civil, structural, geotechnical, mining, environmental, health and safety, contract procurement, drainage and other specialist service areas such as hydrology, hydrogeology, geochemistry & economic assessment.
The Contract is split into Lots as follows:
Lot 1 - Civil and Structural Engineering
Lot 2 - Hydrogeology
Lot 3 - Archaeological Services
Lot 4 - Ecology & Environmental
Lot 5 - Planning Services
Lot 6 - Mine Water Treatment Schemes: Scoping, Feasibility & Design
Lot 7 - Land Drainage: Agricultural and Specialist
Lot 8 - Safety, Health and Environment
Lot 9 - Cost Benefit Analysis
Lot 10 - Treatability
Lot 11 - Waste Characterisation and Waste Services
Lot 12 - Supervisory Services
Lot 13 - Surveying: Topographical & Surface Hazards
Lot 14 - Surveying: Tilt Analysis
For a full description of the required Services, please see the attached 'Services Specification' document.
To access the documents for this opportunity, please read the attached 'eTender Registration Information' Document.
Award information
Awarded date
29 December 2017
Contract start date
4 January 2018
Contract end date
3 January 2022
Total value of contract
£6,000,000
This contract was awarded to 22 suppliers.
AECOM Limited
Address
St George's House, 5 St George's Road, Wimbledon, London, SW19 4DR
Reference
Companies House number: 1846493
Supplier is SME?
No
Supplier is VCSE?
No
Amec Foster Wheeler Environment & Infrastructure UK Limited
Address
Booths Park, Chelford Road, Knutsford, Cheshire, WA16 8QZ
Reference
Companies House number: 2190074
Supplier is SME?
No
Supplier is VCSE?
No
Atkins Limited
Address
Woodcote Grove,Ashley Road,Epsom,Surrey KT18 5BW
Reference
Companies House number: 688424
Supplier is SME?
No
Supplier is VCSE?
No
Bridgeway Consulting Limited
Address
Bridgeway House, 2 Riverside Way, Nottingham, NG2 1DP
Reference
Companies House number: 03478909
Supplier is SME?
No
Supplier is VCSE?
No
CDM Smith Ireland Ltd
Address
15 Wentworth, Eblana Villas, Dublin 2 D02 WK10, Ireland
Reference
Companies House number: 338589
Supplier is SME?
No
Supplier is VCSE?
No
Golder Associates (UK) Ltd
Address
Attenborough House, Browns Lane Business Park, Stanton-on-the-Wolds, Nottinghamshire, NG12 5BL
Reference
Companies House number: 1125149
Value of contract
£0
Supplier is SME?
Yes
Supplier is VCSE?
No
Hargreaves Industrial Services Limited
Address
Roseby House, Lund Hill Lane, Royston, Barnsley, S71 4BD
Reference
Companies House number: 2307132
Supplier is SME?
No
Supplier is VCSE?
No
Interlocks Surveys Ltd
Address
St. Andrews House, Southam Road, Leamington Spa. CV31 1TF
Reference
Companies House number: 10266953
Value of contract
£0
Supplier is SME?
Yes
Supplier is VCSE?
No
Jeremy Benn Associates Limited (t/a JBA Consulting)
Address
South Barn, Broughton Hall, SKIPTON, North Yorkshire, BD23 3AE
Reference
Companies House number: 03246693
Value of contract
£0
Supplier is SME?
Yes
Supplier is VCSE?
No
JMC ENGINEERING (UK) LTD
Address
2 LARKHILL, SWANWICK, ALFRETON, DERBYSHIRE, DE55 1DD
Reference
Companies House number: 2689123
Value of contract
£0
Supplier is SME?
Yes
Supplier is VCSE?
No
Mott MacDonald
Address
Mott MacDonald House, 8 - 10 Sydenham Road, Croydon, CR0 2EE
Reference
Companies House number: 1243967
Supplier is SME?
No
Supplier is VCSE?
No
Opus International Consultants (UK) Ltd
Address
Willow House , Brotherswood Court, Great Park Road, Bradley Stoke,Bristol, BS32 4QW
Reference
Companies House number: 2847568
Supplier is SME?
No
Supplier is VCSE?
No
PMC Surveys Ltd (trading as Obsurvus)
Address
8 Beancroft Close, Wadworth, Doncaster, DN11 9TB
Reference
Companies House number: 6844600
Value of contract
£0
Supplier is SME?
Yes
Supplier is VCSE?
No
Ramboll
Address
240 Blackfriars Road, London SE1 8NW
Reference
Companies House number: 03659970
Supplier is SME?
No
Supplier is VCSE?
No
Ricardo-AEA Ltd (trading as Ricardo Energy & Environment)
Address
Shoreham Technical Centre, Old Shoreham Road, Shoreham-by-Sea, West Sussex, BN43 5FG, United Kingdom
Reference
Companies House number: 8229264
Supplier is SME?
No
Supplier is VCSE?
No
RPS Consulting Services Limited
Address
20 Western Avenue, Milton Park, Abingdon, Oxfordshire, OX14 4SH
Reference
Companies House number: 01470149
Supplier is SME?
No
Supplier is VCSE?
No
RSK Environment Ltd
Address
34, Albyn Place, Aberdeen, AB10 1FW
Reference
Companies House number: SC115530
Supplier is SME?
No
Supplier is VCSE?
No
SLR Consulting Ltd
Address
7 Menmarsh Road, Wornal Park, Aylesbury, HP18 9PH
Reference
Companies House number: 3880506
Supplier is SME?
No
Supplier is VCSE?
No
Turner & Townsend Project Management Ltd
Address
Low Hall, Calverley Lane, Horsforth, Leeds, LS18 4GH
Reference
Companies House number: 2165592
Supplier is SME?
No
Supplier is VCSE?
No
Wardell Armstrong LLP
Address
Sir Henry Doulton House, Forge Lane, Etruria, Stoke-on-Trent, Staffordshire ST1 5BD
Reference
Companies House number: OC307138
Supplier is SME?
No
Supplier is VCSE?
No
WYG
Address
Arndale Court, Otley Road, Headingley, Leeds, West Yorkshire, LS6 2UJ
Reference
Companies House number: 1959704
Supplier is SME?
No
Supplier is VCSE?
No
WSP UK Limited
Address
WSP UK Limited, WSP House, 70 Chancery Lane, London, WC2A 1AF
Reference
Companies House number: 01383511
Supplier is SME?
No
Supplier is VCSE?
No
Share this notice
Closing: 18 May 2017